Adam Smith International
Request for Proposal (RFP) for a firm to ‘Develop a Learning Management System for the Inland Revenue Service Academy'
135 views
Posted date 9th September, 2025 Last date to apply 14th September, 2025
Category Computer and Information Technology
Position 1

Proposal Submission Deadline: Sunday 14th September 2025 at 5pm PKT

RFP Details

 

Name of the Assignment is:  Request for Proposal (RFP) for a firmto to ‘Develop a Learning Management System for the IRS  Academy’.   

 

The method of selection is Quality and Cost Based Selection (QCBS) Method 

 

Financial Proposal to be submitted together with Technical Proposal: Yes 

 

Proposals must be submitted no later than the following date and time:  

 

Expected date for commencement of services: 26.09.2025

 

Clarifications and queries should be directed to: 

[email protected]  

 

Pre bid meeting: Yes

 

Firms may prepare joint bids, or bid as a consortium with one lead firm: No

 

Amounts payable to the Firm under the contract to be subject to local taxation, stamp duty and service charges, if applicable: Yes

 

The firm must submit (i) the Technical Proposal, and (ii) the Financial Proposal. 

Soft copies to be sent to: [email protected]



  1. Brief overview 

Revenue Mobilisation, Investment and Trade (REMIT) programme is a nine-year (2019- 28) technical assistance programme funded by the Foreign, Commonwealth & Development Office (FCDO), United Kingdom to support Pakistan in implementing strategic reforms in the realm of economic development, trade, investment and revenue mobilisation. The key outcomes under the programme will be contributing towards strengthening the macroeconomic stability and improving conditions for high and sustained growth, mutual prosperity, job creation and poverty reduction in Pakistan. More specifically, REMIT programme aims at supporting the Government of Pakistan in the following areas:

  1. Enhance revenue mobilisation capabilities and help raise the tax/GDP ratio by increasing the number of taxpayers. 

  2. Address the investment climate constraints faced by local and international businesses and support Pakistan in moving towards being one of the top reformer countries to do business in creating ease for businesses.

  3. Facilitate trade and drive competitiveness by reducing barriers to trade and reducing Pakistan’s trade deficit by helping increase exports. 

  4. Modernise formulation and implementation of macroeconomic policy to avoid future financial crises.

As part of its Revenue Mobilisation Workstream, REMIT is collaborating with the Federal Board of Revenue (FBR) to enhance operational efficiency through digital transformation. This assignment focuses on modernising training programs at FBR's IRS Academy by developing a centralised Learning Management System (LMS). The LMS will standardise curricula, track trainee competencies, and scale professional development for both new CSS inductees and in-service officials, supporting FBR's broader institutional reform goals. The system aims to create a more robust, data-driven approach to building workforce capabilities in tax and customs administration.

  1. Task Background

The intervention involves conducting inception workshops with the IRS Academy to validate needs against identified problem clusters, including manual management, scattered resources, tracking gaps, scalability, engagement, and alignment with global practices. A detailed Solution Architecture will be developed, covering the LMS core, LRS (for xAPI), integrations (LTI), identity management (SAML 2.0), hosting, security, and data protection controls. The LMS will be configured with customized themes, roles, workflows, catalogues, learning paths, and badges, while content pipelines for SCORM/xAPI will be established. Priority training modules, such as STP, oboarding trainings, inservices trainings, DST & the new PGD alongside in-service short courses, will be migrated, alongside the creation of templates for future content. Analytics dashboards will be implemented to track trainee, cohort, and leadership metrics, aligned with competency frameworks. The solution will ensure WCAG 2.1 AA accessibility and responsive design, with integrations for SSO and pilot testing of LTI-based external tools like virtual classrooms and simulations. User testing with faculty, administrators, and learners will refine the platform, followed by Train-the-Trainer (ToT) sessions. Finally, operations manuals covering governance, content lifecycle, and QA will be prepared, with post-go-live hypercare support to ensure smooth adoption.

  1. Objectives of the Assignment 

The Objectives of the assigment are asfollows:

  • Develop and deploy a secure, scalable, and user-friendly LMS for the IRS Academy Standardise curricula and resources to create a single source of truth with version control.

  • Enable robust progress tracking, assessments, certifications, and analytics dashboards.

  • Support blended learning (in-person + online), micro-learning, and mobile access.

  • Integrate with FBR HRIS or HRM System and other existing FBR/PRAL systems wherever required.

  • Ensure accessibility and content reusability.

  • Establish governance, roles, and processes for sustainable operations and continuous improvement. 

The LMS shall be a modern, standards-compliant platform (SCORM/xAPI/LTI 1.3) delivering role-based learning paths, secure assessments with remote proctoring, rich analytics, delivery in english, and deep integrations with FBR’s HRMS/SSO—benchmarked to Canvas, Moodle, Open edX, and Blackboard implementations at leading universities and IFIs.


  1. Scope of Work 

The selected firm will design, configure, integrate, test, and deploy an LMS (preferably open-source and enterprise-ready, e.g., Sakai LMS or equivalent) with the following capabilities:


  • Functional Specifications


  1. Identity, Access & Governance

  • Single Sign-On (SSO) with FBR’s HRMS directory, MFA support; granular roles (Learner, Instructor, Program Manager, Academy Admin, Proctor, External Participant/Guest).

  • Provisioning & de-provisioning via standard APIs with attribute mapping (cadre, BS, grade, formation/region, posting, line manager).

  • Multi-tenant hierarchy (IRS Academy + sub-campuses/cohorts) with delegated admin and data partitioning.

  1. Programs, Courses & Cohorts

  • Programs (bundled courses, credit hours), cohorting (induction, STP, Mid-Career or DST, specialized wings), re-runs and rolling enrollments.

  • Session & calendar management (class schedules, auto-attendance, waitlists, reminders).

  • Learning paths by job role/grade (e.g., Assistant Commissioner BS-17 → BS-18 progression, Auditors, Inspectors, LDCs UDCs) with mandatory and elective tracks

  1. Content Authoring & Standards

  • In-platform authoring studio (WYSIWYG, blocks, templates) and import from third-party tools.

  • Standards compliance: SCORM 1.2/2004, xAPI (Tin Can) with Learning Record Store (LRS) support, and IMS LTI 1.3/LTI Advantage for deep tool integrations (virtual labs, proctoring, FBR’s CISCO Webex, Zoom/Teams, external assessments)

  • Media & accessibility: streaming with transcripts/closed captions, image/PDF viewers, versioning and content lifecycle (draft → review → publish).

  1. Assessment, Integrity & Certification

  • Assessment engine on the pattern of class marker: rich item types (MCQ, multi-select, numeric/formula, case vignette, file upload, rubrics), pools/banks, randomization, time windows, negative marking, item analysis.

  • Academic integrity: secure test mode, lockdown browser support, human/AI remote proctoring via LTI, plagiarism detection integration (e.g., SafeAssign/Turnitin). help.blackboard.com

  • Credentialing: auto-issued certificates (template, QR/serial verification), Open Badges; CPD hour tracking and renewal workflows.

  1. Collaboration & Delivery

  • Discussion boards (moderation, pin/endorse), groups, peer review, announcements, Q&A.

  • Virtual classrooms & events: native webinar/class session management with FBR’s Conferencing system, Zoom/Teams integration, attendance capture, and recordings auto-posted to the course.

  • Office hours and mentorship slots with booking and feedback loops.

  1. Discovery & Knowledge Hub

  • Course catalog with search, filters (role, skill, level), tags, featured programs, and recommendations.

  • Resource library: policies/SROs/circulars, micro-learning clips, templates, reference decks; link to e-library and with FBR’s Website and other departmental resources 

  1. Analytics & Reporting

  • Learner analytics (progress, risk flags, inactivity heatmaps), instructor dashboards, program analytics, completion/CPD compliance.

  • Assessment analytics (item difficulty/discrimination, distractor analysis).

  • xAPI/LRS events; export/API for data warehouse/Power BI. (Open edX/Canvas/Blackboard ecosystems emphasize deep analytics and export.)

  1. Quality Assurance & Governance

  • Course workflow (create → peer review → QA checklist → approve → publish); versioning/change log.

  • Surveys & evaluations (Kirkpatrick-style: reaction, learning, behavior, results), auto-triggered at course/program end.

  • Instructor dashboard with SLA on grading & feedback turnaround.

  1. Mobility, Offline & Notifications

  • Mobile app (learn, quiz, message, download content), offline mode with sync on reconnect, push/email/SMS notifications and digests

  1. Integration Interfaces (GovTech-ready)

  • FBR’s HRMS integration (auto-enroll on posting/grade changes; write-back completions/CPD to HR record), integration with LMS of LUMS or other third party

  • Directory & SSO, email/SMS gateways, document management (policies, SOPs).

  • External content/tooling via LTI 1.3/LTI Advantage (simulators, coding notebooks, proctoring, video platforms)

  1. Administration & Support

  • Role-based permissions with audit trails (who changed what, when).

  • Help center (KB, guided tours), ticketing integration, and in-app announcements for policy/portal changes.

  • Theming/branding for IRS Academy.

X. Migration of Legacy Data

  • Migration of IRS Academy’s legacy data onto new LMS. 

  1. Website Enhancements & LMS Integration: 

  • The vendor will review the current IRS Academy website, which has been developed in a scalable platform/language.

  • The vendor will propose and implement enhancements to improve design, user navigation, content structuring, and responsiveness (mobile/tablet).

  • Accessibility compliance (WCAG 2.1 AA) should be ensured.

  • The new LMS must be seamlessly integrated into the existing academy website (either as a sub-domain, embedded module, or single sign-on–enabled portal).

  • The vendor will ensure that the LMS login, course catalogues, dashboards, and user profiles are accessible directly from the academy’s website.

  • The integration should maintain a consistent look-and-feel (branding, themes, colors, logos) between the website and the LMS

  • The vendor must ensure that the LMS architecture aligns with the existing website’s technology stack and is scalable for future enhancements.

  • APIs or middleware should be configured for smooth data exchange between the website and LMS (user accounts, announcements, news, etc.).

  • The vendor should provide documentation for integration, covering security, hosting, and maintenance


  • Non-Functional Specifications

  1. Identity & Access Management

  • Single Sign-On (SSO) with SAML 2.0.

  • Granular roles/permissions.

  • Comprehensive audit logs.

  1. Accessibility & UX

  • WCAG 2.1 AA conformance.

  • Responsive, mobile-first design.

  • Offline-capable mobile application (where feasible).

  1. Security & Compliance

  • Alignment with ISO/IEC 27001 ISMS principles.

  • Compliance with FBR Data Governance Framework.

  • Multi-factor authentication with HRIS-based credentials.

  • Role-based permissions for training access.

  • Audit logs for all activities.

  • Secure development practices, vulnerability management, backup, and disaster recovery.

  1. Operations & Support

  • Content governance model.

  • Helpdesk runbook and SLAs.

  • System performance monitoring.


  1. Functional Requirements

Timeline 

Prospective firms must submit a timeline in the response showing the time required to deliver the products and/or services. 

Pakistan License, Clearance and Approvals

The prospective vendors will include in the timeline any time needed to obtain any licenses, clearances, and/or approvals required under local legal requirements to produce or deliver the products and/or services described in the Scope of Work.

Qualifications and Experience 

Firms should have demonstrated experience in the following: 

  • Proven delivery of enterprise-grade LMS for public-sector or regulated environments (case experience with open-source stacks such as Sakai or equivalent). 

  • Expertise in SCORM 2004 and xAPI/LRS; demonstrable content migration at scale. 

  • Integration skills for LTI v1.3/Advantage tools and SAML 2.0 SSO. 

  • Accessibility engineering to WCAG 2.1 AA; multilingual UX and right-to-left script handling where needed. 

  • Security engineering aligned to ISO/IEC 27001; secure SDLC, vulnerability management, and incident response processes. 

  • Capacity to deliver ToT, documentation, SLAs, and post-go-live support.

  • Ability to collaborate with FBR/PRAL IT and academy faculty to co-design pathways and assessments.


  1. Instructions to Bidders

Bidders should examine all Instructions, Terms and Conditions as given in the RFP. Failure to furnish information required in the RFP or submission of Bids not substantially responsive or viable in every respect will be at the Bidder’s risk and may result in rejection of the bids. Bidders should strictly submit the Bid as specified in the RFP, failing which the bids will be held as non-responsive and will be rejected. 

Bids shall compromise a single package containing two folders: 

  1. Technical Proposal  

  2. Financial Proposal 

Bidders should send soft copies of the Technical and Financial Proposal to the following address: 

Soft copies to be sent to: [email protected]

Proposal Weightings 

  1. Technical Proposal 

 

Evaluation 

Weighting 

Timelines

Bidders should outline milestones and timelines as per scope of work listed above.

10%

Experience/ credibility

Firm’s capacity to deliver through evidence of past performance and quality and relevance of past work and references. 

Bidders should include Contact information for no less than three references from projects similar in size, application, and scope and a brief description of their implementation (including location and year). ASI reserves the right to request and check additional references.

Bidders should include in this section: 

  • Full legal name and address of the company

  • Corporate and tax registration documents

  • Year business was started or established

  • Full name of the legal representative (president or managing director) of the company

  • Name of any individuals or entities that own 50% of more of the company

35%

Approach and Methodology 

ASI will assess the quality of the Response (proposal) based on the prospective firms’ approach to the assignment and the technical strength of the proposal. Approach and methodology should include the following: 

  • Methodology with clear implementation plan/strategy against each aspect of the ToRs.

  • Mechanisms to ensure sustainability and continuity until PRMI’s full implementation.

  • A very brief staffing and human resource mobilization plan

35%



  1. Financial Proposal 

 

Evaluation 

Weighting 

Financial Proposal

ASI expects the price to be cost effective and reasonable as per current market rates. The financial proposal will comprise the following: 

  • The financial proposal should be submitted with breakdown of costs.

  • The price quoted will be fixed for the entire contract. All prices are to be quoted in GBP £ and must clearly state all applicable taxes to be included in the quoted price. REMIT will not allow any compensation to the approved bidders for variation in the rate of exchange against dollar or any other currency. All offers in this respect should be firm and final.

The quoted price must include all taxes, installation/integration services and the costs of delivery/implementation in the required locations. 

20%

Prospective firms must be legally registered under the laws of the country in which they are organized and possess all licenses, permits and government approvals necessary for performance of the work. 

  1. Proposal Terms

  1. Prospective Firms’ Understanding of the Solicitation

Prospective contractors are responsible for understanding the solicitation in its entirety and each of its elements and should make inquiries to ASI as necessary to ensure such understanding. ASI reserves the right to disqualify any prospective vendor that it determines, at its sole discretion, does not understand the solicitation or any of its elements. Such disqualification shall be at no fault, cost, or liability whatsoever to ASI.

  1. Information from ASI

All information provided by ASI in this solicitation is subject to change at any time. ASI makes no certification as to the accuracy of any item and is not responsible or liable for any use of or reliance on the information or for any claims asserted therefrom.

  1. Communication

All communications related to the RFP must be in writing to the above-mentioned point of contact. Verbal communication shall not be effective unless formally confirmed in writing by the procurement official listed in a sealed envelope to our designated location in Lahore.

  1. Formal Communications shall include, but are not limited to the following:

  • Questions concerning this solicitation must be submitted in writing to the contact person mentioned above. 

  • Errors and omissions in this solicitation, as well as enhancements. Prospective firms should notify ASI of any discrepancies, errors, or omissions that may exist within this solicitation. Prospective vendors should recommend to ASI any enhancements to the work described in the solicitation which might be in ASI’ best interests.

  • Inquiries about technical interpretations must be directly asked from contact person (Alexander Harris).

  1. Addenda: ASI will make a good-faith effort to provide a written response to the questions or requests for clarifications in the form of written responses or addenda in accordance with the Schedule of Events.

  2. Posting Online: Copy of this solicitation, will be available online at:  www.BrightSpyre.com.

  1. Non-Disclosure Agreement

ASI reserves the right to require the prospective firms to enter into a non-disclosure agreement.

  1. No Collusion

Collusion is strictly prohibited. Collusion is defined as an agreement or compact, written or oral, between two or more parties with the goal of limiting fair and open competition by deceiving, misleading, or defrauding a third party.

  1. Companies Owned or Controlled by Government

The prospective vendor must disclose in writing with its Response if a government, its agents, or agencies, have an ownership or managerial interest in the company. Failure to disclose government ownership of managerial interest in the company will result in the prospective contractor’s offer being removed from consideration.

  1. Subcontracting

The prospective contractor must disclose in writing with its Response any subcontracting that will take place under an award. Failure to disclose subcontracting relationships will result in the prospective contractor’s offer being removed from consideration. (if permitted by the solicitation)

  1. Costs

The solicitation does not oblige ASI to pay for any costs, of any kind whatsoever, which may be incurred by a prospective contractor/vendor or third parties, in connection with the Response.

  1. Intellectual Property

Prospective vendors may not use any intellectual property of ASI including, but not limited to, all logos, trademarks, or trade names of ASI, at any time without the prior written approval of ASI.

  1.  Prospective Contractors’ Responses

All accepted Responses shall become the property of ASI and will not be returned.

  1.  Partial Awarding

ASI reserves the right to accept all or part of the Response when awarding a contract.

  1.  No Liabilit

ASI reserves the right to accept or reject any Response or to stop the procurement process at any time, without assigning any reason or liability. ASI shall not be liable to any prospective contractor, person, or entity for any losses, expenses, costs, claims, or damages of any kind.


Apply By:

Bidders should examine all Instructions, Terms and Conditions as given in the RFP. Failure to furnish information required in the RFP or submission of Bids not substantially responsive or viable in every respect will be at the Bidder’s risk and may result in rejection of the bids. Bidders should strictly submit the Bid as specified in the RFP, failing which the bids will be held as non-responsive and will be rejected. 

Bids shall compromise a single package containing two folders: 

  1. Technical Proposal  

  2. Financial Proposal 

Bidders should send soft copies of the Technical and Financial Proposal to the following address: 

Soft copies to be sent to: [email protected]

Search